SOLICITATION NOTICE
65 -- Sirona Dental Equipment OR EQUAL
- Notice Date
- 9/15/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-14-T-0014
- Response Due
- 9/19/2014
- Archive Date
- 11/14/2014
- Point of Contact
- Yvette M. Daltorio, 508-233-6184
- E-Mail Address
-
ACC-APG - Natick (SPS)
(yvette.m.daltorio.ctr@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation, number W911QY-14-T-0014, is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. (iv) There are no set-aside restrictions for this acquisition. The associated North American Industrial Classification System (NAICS) code is 339114 with a small business size standard of 500 employees. (v) ACC-APG, Natick Contracting requires the following items, Brand Name or Equal as follows: CLIN 0001 - Sirona CEREC AC with Omnicam; Product Number 6402528; 20 EA CLIN 0002 - Sirona Milling Unit MC-X; Product Number 6428481; 5 EA CLIN 0003 - Sirona Milling Unit MC-XL Practice Lab; Product Number 6150838; 17 EA CLIN 0004 - Sirona CEREC 3D In House Training; Product Number 6149558; 2 EA CLIN 0005 - Sirona CEREC 3D On-Site Training; Product Number 6149566; 12 EA CLIN 0006 - Sirona CEREC Club (Years 1-3); Product Number 6092394; 23 EA CLIN 0007 - Sirona CEREC Club Extension Years 4&5; Product Number 6286095; 9 EA CLIN 0008 - Sirona Milling Cabinet MC-XL Unit; Product Number 6149376; 12 EA CLIN 0009 - Sirona CEREC Blocs Starter Sets; Product Number 6149590; 18 EA CLIN 0010 - Sirona InEos X5; Product Number 6324649; 7 EA CLIN 0011 - Sirona inLab PC; Product Number 6370378; 1 EA CLIN 0012 - Sirona inLab Monitor; Product Number 6042548; 1 EA CLIN 0013 - Sirona inLab In House Training; Product Number 6149632; 1 EA CLIN 0014 - Sirona H+W Radio Upgrade for MCXL Milling Unit; Product Number 6281062; 1 EA CLIN 0015 - Sirona inCoris Starter Blocks Set; Product Number 6149608; 1 EA CLIN 0016 - Sirona inFire HTC Super Speed Sintering Oven (NEM); Product Number 6416213; 2 EA CLIN 0017 - Sirona Programat CS2 Furnance; Product Number ; 7 EA CLIN 0018 - Sirona CEREC Omnicam Tier #4; Product Number 6286491; 4 EA CLIN 0019 - Sirona CEREC Omnicam Tier #5; Product Number 6286509; 1 EA CLIN 0020 - Sirona inEos X-5 Trade Package; Product Number 8888888; 1 EA CLIN 0021 - Sirona CEREC 1 Day Training; Product Number 6149871; 1 EA Attached quote mark Technical Specifications quote mark detail the salient characteristics of the brand name that quote mark or equal quote mark products must meet or exceed. (vi) This requirement is for dental equipment as specified above. New Equipment ONLY; NO remanufactured or quote mark gray market quote mark items. All related software must have an Army Certificate of Networthiness as detailed below in section (ix). All items must be covered by the manufacturer's warranty. Shipping must be free on board (FOB) destination CONUS (Continental U.S), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Freight/Shipping charges for OCONUS (Outside Continental U.S.) may be listed separately. This combined synopsis/solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. (vii) Delivery is required 30 days after contract award. Delivery is required to multiple CONUS/OCONUS locations, please see attached quote mark Delivery Locations quote mark for specifics. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference into this RFQ. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to acquisition and is incorporated by reference into this RFQ. Quotations will be evaluated on the following factors: Technical (ability to meet/exceed salient characteristics of the Brand Name product); Past Performance; and Price. The factors are listed in descending order of importance and the non-price factors are significantly more important than price. The Government intends to use a trade-off process to determine which quotation offers the best value; therefore vendors are cautioned that a contract may not necessarily be made to the lowest priced quotation. Offeror's submitting quotations for 'OR EQUAL' equipment/software without an existing Army Certificate of Networthiness (CON) are eligible for award. In accordance with Army Regulation AR 25-1 Chapter 6 Section II 6-8 Army Certificate of Networthiness, a CON is required for actual performance under the contract. As such, offeror's must obtain agency sponsorship for a CON post award within a reasonable time frame (Government anticipates 30-60 days from time of award to acquire sponsorship from U.S. Army Dental Command). NOTE: Vendor is responsible to submit required equipment for testing at no cost to the Government. Equipment will be returned to vendor upon completion of testing at no cost to the Government. The inability of an offeror to obtain the required sponsorship and CON will result in the award being terminated for cause. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. (xi) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. The following additional FAR clauses cited in the clause are applicable to the acquisition; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Jul 2014) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (JUL 2014) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (xii) The following additional FAR and DFARS clauses apply to this acquisition and are incorporated by reference; 52.232-8, Discounts for Prompt Payment 52.233-4, Applicable Law for Breach of Contract Claim 52.252-2, Clauses Incorporated By Reference EDIT 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-0001, Line Item Specific: Single Funding (Use -0007 for multiple funding lines) 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration 252.211-7003, Item Identification and Valuation 252.225-7001, Buy American Act and Balance Of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7048, Export Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.246-7000, Material Inspection and Receiving Report 252.247-7023, Transportation by Sea This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/farsite_alt.html (xiii) A Defense Priorities and Allocations System (DPAS) rating is not applicable to this acquisition. (xiv) Quotations shall be submitted electronically to Yvette Daltorio via email at yvette.m.daltorio.ctr@mail.mil. All quotations are due September 19, 2014 by 3:00EST. Quotations will only be accepted electronically via the email address provided above. Vendors submitting quotations for quote mark Or Equal quote mark products must provide the following information with their quotations; Manufacturer Name, Part Number, Product Description and Technical Specifications. Failure to provide this required information will result in vendors submission being deemed noncompliant and will not be considered for award. (xv) For information regarding this combined synopsis/solicitation, please contract; Yvette Daltorio, Procurement Specialist Email: yvette.m.daltorio.ctr@mail.mil Tel: 508-233-6184
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fd006daf90eb38514492ebdcecce1370)
- Record
- SN03511259-W 20140917/140915235533-fd006daf90eb38514492ebdcecce1370 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |